Range Hone Device
ID: FA9101-25-SSRangeHoneType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Machine Shops (332710)

PSC

INDUSTRIAL ASSEMBLY MACHINES (3693)
Timeline
    Description

    The Department of Defense, specifically the Arnold Engineering Development Complex (AEDC) at Arnold Air Force Base in Tennessee, is seeking sources capable of fulfilling a requirement for a Range G Hone device. This procurement aims to identify businesses that can meet the government's specifications as outlined in the attached Statement of Work (SOW), with the intention of establishing a firm-fixed-price contract for delivery to Arnold AFB. The Range G Hone is critical for various defense applications, emphasizing the need for precision and reliability in industrial assembly processes. Interested parties, both large and small, must submit their responses, including company details and capability packages, by February 5, 2025, to the designated contract specialists via email. For further inquiries, contact Noah Bean at noah.bean.1@us.af.mil or Robert Mosley at robert.mosley.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedure for obtaining the “Attachment 1 – Statement of Work (SOW)” related to Department of Defense projects, which is marked as export-controlled and restricted to certified DoD contractors. Companies seeking access must be certified through the Joint Certification Program (JCP). To request the draft SOW, JCP-certified contractors must submit their approved DD Form 2345 to the designated Contract Specialist and Contracting Officer via email. Upon confirmation of certification, the document will be released to the company's authorized Data Custodian for further dissemination. This process emphasizes the importance of complying with export control regulations and ensuring only qualified entities can access sensitive operational information.
    The Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee, has issued a Sources Sought Notice to identify businesses capable of fulfilling the government's requirement for Range G Hone, as detailed in the attached Statement of Work (SOW). The government is exploring a firm-fixed-price contract for delivery to Arnold AFB. This notice is purely informational and does not constitute a solicitation or obligate the government to award a contract. Interested businesses, both large and small, are invited to respond by providing extensive company details, business size classifications, and comments on the technical specifications. Responses should also include information on available contract vehicles and a brief capability package relevant to the requirement, along with estimated pricing. Submissions must be concise, not exceeding three pages, and must be submitted by 5 February 2025, to designated contract specialists via email. This effort aims to help the government assess market conditions for potential future procurement, determining the appropriate method of acquisition based on responses received. Proprietary information will be protected under non-disclosure agreements, and all submissions will become government property.
    Lifecycle
    Title
    Type
    Range Hone Device
    Currently viewing
    Sources Sought
    Similar Opportunities
    Arnold Air Force Base (AFB) Installation Energy Process Prototype
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Arnold Air Force Base (AFB) in Tennessee, is seeking sources capable of developing an innovative energy resilience solution under the 10 U.S.C. § 4022 prototyping authorities. The objective is to create new energy generation assets that can sustain mission functions during grid outages while also contributing to the regional grid during normal operations, addressing the risks associated with reliance on off-site electricity. This initiative is part of a broader effort to achieve 99.9% reliable power by 2030 and emphasizes the importance of effective energy generation strategies for military installations. Interested parties, both small and large businesses, must submit their responses, including company information and technical proposals, by 1:00 PM Central Time on February 18, 2025, via email to the primary contacts, Haley Smith and Bailey Deason.
    Sources Sought (SS)/Request for Information (RFI) for Task Force (TF) Strategic Integrated Kinetic Effects (STRIKE) Long Range Hypersonic Weapon (LRHW) and Mid-Range Capability (MRC) Test Range Services
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Redstone Arsenal, is conducting a Sources Sought/Request for Information (RFI) to identify potential sources for providing test range services for the Long Range Hypersonic Weapon (LRHW) and Mid-Range Capability (MRC) flight testing. The procurement aims to gather information on capabilities and resources necessary to support LRHW and MRC activities scheduled from 2026 through Summer 2029, including engineering services and access to test ranges with specific operational requirements. This initiative is critical for the development and testing of advanced missile systems, which play a vital role in national defense. Interested parties are encouraged to submit white papers detailing their technical approach and relevant experience, with responses due to the primary contact, Paul Daugherty, at paul.c.daugherty4.civ@army.mil. No contract will be awarded from this announcement, and all costs incurred in response to the RFI will be at the respondents' expense.
    RANGE FINDER,LASER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking potential sources for a Long Term Contract (LTC) for the procurement of Laser Range Finders, specifically designated by National Stock Number (NSN) 1240017164166, intended for the M1 Abrams family of vehicles. The procurement involves a minimum guaranteed quantity of 36 units and a maximum potential quantity of 906 units over a five-year period, with the product currently sole-sourced to Northrop Grumman. This equipment is critical for military operations, enhancing the targeting capabilities of armored vehicles. Interested suppliers must undergo qualification testing to become accredited, as technical data is not available, and participation does not guarantee future business. For inquiries, potential suppliers can contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203.
    Quantity. One (1). Mitutoyo Roundness Tester RA-1600M Model 211-724A
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is soliciting quotes for one (1) Mitutoyo Roundness Tester RA-1600M Model 211-724A. The procurement aims to acquire a new roundness measurement machine, which is critical for ensuring precision in measuring specifications on copper crusher pressure gauges, among other applications. The selected contractor will be responsible for providing the machine along with necessary hardware, software, installation, calibration, and training services, with a delivery timeline of 60 days post-contract award. Interested vendors must submit their quotations to Lenard Wright via email by February 20, 2025, at 2:00 PM ET, and ensure compliance with all applicable regulations, including registration in the System for Award Management (SAM).
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT- BUILD-TO-PRINT MACHINE SHOP REQUIREMENTS
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI) and Sources Sought for Build-to-Print Machine Shop Requirements. This initiative aims to gather industry feedback regarding capabilities to manufacture machined parts that support Armed Helicopter Weapons Systems and various ground and air activities for the U.S. Navy, with a focus on Fixed Forward Firing Weapons and Interface Unit Automatic Data Processor systems. The anticipated outcome is a competitive Request for Proposal (RFP) leading to multiple Firm Fixed-Price, Five-year Indefinite Delivery Indefinite Quantity contracts, with an estimated total value of $72 million. Interested parties must submit their responses by 3:00 PM EDT on February 14, 2025, and can direct inquiries to Nikki May at nichole.r.may.civ@us.navy.mil or by phone at 812-381-3467.
    AIMS Metrology CMMs Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information regarding the replacement of two Advanced Industrial Measurement Systems (AIMS) Coordinate Measuring Machines (CMMs) at the Anniston Army Depot in Alabama. The procurement aims to establish requirements for the design, fabrication, installation, verification, and training associated with the new CMMs, ensuring they meet specific technical specifications and compliance with safety standards. This initiative is crucial for maintaining advanced metrology capabilities, which are essential for precise measurements in defense operations. Interested parties must submit their responses to the Request for Information (RFI) by February 17, 2025, at 10 AM CST, and can direct inquiries to Reese Wells at christopher.r.wells36.civ@army.mil.
    Coordinate Measuring Machines for Depot Level Maintenance on T408 Engine
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of two Moving Bridge Coordinate Measuring Machines (CMMs) to measure General Electric T408 Jet Engine compressor rotors and stators. This Request for Proposal (RFP) aims to conduct an unrestricted competition for the machines, which are critical for depot-level maintenance of the T408 engine, ensuring compliance with national defense standards. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals by 12:00 PM EST on February 20, 2025, with all inquiries directed to Tammy Fossa at tamara.d.fossa.civ@us.navy.mil. The solicitation documents can be accessed upon request with an approved DD2345, and the closing date for inquiries is January 31, 2025.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    NSN: 1005-01-592-1520, ELEVATING AND TRAVERSING MECHANISM
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking bids for the procurement of 53 Elevating and Traversing Mechanisms, identified by National Stock Number (NSN) 1005-01-592-1520. This solicitation is set aside entirely for small businesses and aims to establish a Firm-Fixed-Price (FFP) contract, with an option for an additional 53 units. The Elevating and Traversing Mechanisms are critical components used in military operations, ensuring the effective functioning of weapon systems. Interested parties must submit their proposals electronically by February 6, 2025, and can direct any inquiries to Contract Specialist Daniel Edwards at daniel.j.edwards82.civ@army.mil. Access to the associated Technical Data Package (TDP) is restricted and requires JCP certification.